SOLICITATION NOTICE
Z -- Z--REPLACE CHILLER AT AM1201 FMO
- Notice Date
- 4/17/2025 1:40:21 PM
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- PWR SF/SEA MABO(85000) SAN FRANCISCO CA 94104 USA
- ZIP Code
- 94104
- Solicitation Number
- 140P8525Q0034
- Response Due
- 5/2/2025 12:00:00 PM
- Archive Date
- 05/17/2025
- Point of Contact
- Roppolo, Brian, Phone: 2062204215
- E-Mail Address
-
brian_roppolo@nps.gov
(brian_roppolo@nps.gov)
- Description
- PRE-SOLICITATION ANNOUNCEMENT SEQUOIA AND KINGS CANYON NATIONAL PARKS SEKI Chiller Replacement RFP No. 140P8525Q0034 The National Park Service (NPS), Sequoia National Park located in California, has a requirement to replace the failing Fire Management Office chiller with a new chiller system. This project involves the demolition, removal, disposal, replacement, re-charge of the chilled water loop solution, start-up, testing, and training of staff, of the packaged aircooled chiller at the Fire Management Office at the Ash Mountain area of Sequoia National Park, Tulare County, California. The contractor shall provide all labor, equipment, materials, and any other thing necessary to accomplish this work as specified herein. 1. The existing air-cooled chiller was installed circa 1999 as part of a redesign of the building HVAC system. A copy of the plans for that project will be provided in the solicitation. The existing chiller is a 40-ton capacity Carrier model 30GUR060-E-520FC. It is sited exterior to the building in a fenced enclosure. The intent of this project is to replace this unit in-kind with respect to capacity while maximizing the efficiencies and advantages available with newer equipment. 2. The present unit is designed for and furnished with 208-230 VAC 3 phase electrical power with a building mounted disconnect fused at 150 Amps. The site elevation is approximately 1,690 feet above mean sea level. This procurement is set-aside for Small Business (SB) concerns only. Offers received from concerns that are not Small Business concerns shall be considered nonresponsive and will be rejected. The North American Industry Classification System (NAICS) code is 238220; the small business size standard is $19.0 million. The construction magnitude for this solicitation is $100,000.00 to $250,000.00. The Government intends to award a single, firm-fixed-price contract. Award selection will be made on a comparative evaluation of offers considering price and other non-price factors (technical capability and past performance) as listed in the RFQ. The RFQ will be available via electronic commerce only and may be accessed on or about 2 May 2025, at SAM.gov: https://sam.gov/. The due date for quotes is estimated to be 21 May 2025. However, this may be extended at the discretion of the Government. Prospective offerors are responsible for periodically checking these websites for any amendments that may be issued prior to the closing date of the RFQ. An organized site visit has not been scheduled. If one is required/requested information on the site visit will be included in the solicitation. SYSTEM FOR AWARD MANAGEMENT: Offerors shall be required to have a SAM unique entity identifier number and an active registration in the System for Award Management (SAM) (www.sam.gov) in order to conduct business with the Federal Government. Offerors will be required to complete online Representations and Certifications at the SAM website. A contract award may or may not result from this solicitation, and all costs associated with preparing proposals are at the contractor�s own expense. NOTE: Information contained in this pre-solicitation announcement is subject to change.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dd4c49ce598747caa7292bab2ffdb5ab/view)
- Record
- SN07412667-F 20250419/250417230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |